Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

S -- Janitorial and Recycling Services at Portsmouth Naval Shipyard, Kittery, Maine; Janitorial Services at Naval Air Station, Brunswick, Maine; NCTAMS LANT DET, Cutler, Maine and Detachment Alpha, Pr

Notice Date
5/21/2008
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV. NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N4008507R3225
 
Response Due
6/18/2008
 
Point of Contact
LeeArjetta W Hamilton 757-444-0087
 
Small Business Set-Aside
8a Competitive
 
Description
he Officer in Charge requires all labor, management, supervision, tools, material, and equipment required for Janitorial and Recycling Services at Portsmouth Naval Shipyard, Kittery, Maine; Janitorial Services at Naval Air Station, Brunswick, Maine; NCTAMS LANT DET, Cutler, Maine and Detachment Alpha, Prospect Harbor, Maine. The work includes but is not limited to: high area cleaning of all areas that are vertical and horizontal surfaces above 8-0 from floor level, including overhead piping, light fixtures and ceiling areas. The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity type of contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government, all offerors will be evaluated using the Lowest Price Technically Acceptable Method. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offerors proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The evaluation factors are: Factor A Technical Approach/Management, Factor B Corporate Experience, Factor C Past Performance and Factor D Price. Technical Factors A, B and C are of equal importance. The evaluation cumulative rating of the technical evaluation factors is approximately equal to the price. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract for additional periods of one to twelve months. The total contract term including the exercise of any options, shall not exceed 120 months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering using DOD EMALL for all Indefinite Quantity Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted software. The North American Classification System (NAICS) is 561720, the size standard is $15,000,000.00. The proposed procurement listed herein is a 100% set-aside for 8(a) contractors. The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Navy Electronic Commence Online (NECO) website on or about June 28, 2008. The estimated proposal due date shall be at least 30 days after the RFP is posted on the NECO website. The site address is http://neco.navy.mil. Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the NAVFAC NECO website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the Central Contractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81480161a4938037469f36a9c054d017&tab=core&_cview=1)
 
Record
SN01578116-W 20080523/080521220203-81480161a4938037469f36a9c054d017 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.